Notice Information
Notice Title
BLC0250 National Blue Light E-Commercial System
Notice Description
BlueLight[CW1.1] Commercial (BLC) acted as the Contracting Authority for the procurement of this national functional E-Commercial System. To support their procurement activities, Blue Light organisations require a National E-Commercial system. The procured system will enable national Police commercial communities and other public sector bodies (namely Fire and Rescue Services) across England, Wales, Scotland and Northern Ireland to manage their commercial pipeline, procurement and contract management activities. The procured system is intended for use by Police forces but is also made available to Fire and Rescue Services across England, Wales, Scotland and Northern Ireland. A list of those organisations is provided below: Police Contracting Authorities (as defined in the Public Contracts Regulations 2015 as updated and amended and any superseding legislation) that fall under one of more of the following categories and classes (including any statutory successor as a result of statutory reorganisation or otherwise) are able to be onboarded to this Contract where possible, links to these contracting authorities have been provided below and we recognise that the information within these links may be updated from time to time. Chief Constables and/or Police and Crime Commissioners (as defined by Chapter 1 and 2 of the Police Reform and Social Responsibility Act 2011) and/or the Police Authorities (as defined in the Police Act 1964, Police Act 1996, Serious Organised Crime and Police Act 2005, Police and Justice Act 2006, Police, Public Order and Criminal Justice (Scotland) Act 2006), and other relevant legislation for the constituent parts of the United Kingdom, for their respective rights and interests. Police, Fire and Crime Commissioners (as introduced by the Policing and Crime Act 2017). Deputy Mayors (or equivalent roles) who hold responsibility for police, crime and / or fire within a combined authority (as defined below) For a full list go to: https://www.police.uk/forces MOD Police: http://www.mod.police.uk/ Police Service of Northern Ireland information at: http://www.psni.police.uk/ Police Forces of British Overseas Territories, British Sovereign Base Areas and British Crown Dependencies including: Gibraltar information at: https://www.police.gi Cyprus information at: https://www.sbaadministration.org/ Channel Islands information at: https://jersey.police.uk, https://guernsey.police.uk Isle of Man information at: https://www.iompolice.im British Transport Police information at: Home | British Transport Police (btp.police.uk) Civil Nuclear Constabulary information at: Civil Nuclear Constabulary - GOV.UK (www.gov.uk) Financial Intelligence Unit Jersey, as established under the Proceeds of Crime (Financial Intelligence) (Jersey) Regulations 2015: https://www.fiu.je Police Scotland, information at: http://www.scotland.police.uk/ UK Fire and Rescue Services (including Scotland, Wales and Northern Ireland): - Joint Authorities established under Part IV of the Local Government Act 1985: http://www.fireservice.co.uk/information/ukfrs Fire England: Fire England: Home Welsh Fire and Rescue: Mid and West Wales, North Wales and South Wales Scottish Fire and Rescue: http://www.dontgivefireahome.com/fire_safety/1347.html Northern Ireland Public Sector Bodies and Local Authorities: http://www.northernireland.gov.uk/az2.htm National Fire Chief's Council: Fire and Rescue Services - NFCC Home Office, including their associated agencies and non-departmental public bodies: https://www.gov.uk/government/organisations/home-office Ministry of Justice, including their associated agencies and non-departmental public bodies: Ministry of Justice - GOV.UK (www.gov.uk) Foreign, Commonwealth and Development Office, including their associated agencies and non-departmental public bodies: Foreign, Commonwealth & Development Office - GOV.UK (www.gov.uk) Department for Work and Pensions, including their associated agencies and non-departmental public bodies: Department for Work and Pensions - GOV.UK (www.gov.uk) Department for Business and Trade, including their associated agencies and non-departmental public bodies: Department for Business and Trade - GOV.UK (www.gov.uk) Department for Environment Food and Rural Affairs, including their associated agencies and non-departmental public bodies: Department for Environment, Food & Rural Affairs - GOV.UK (www.gov.uk) For details of agencies and public bodies visit GOV.UK (www.gov.uk) Association of Police and Crime Commissioners (APCC): https://www.apccs.police.uk/ National Police Chiefs' Council: npcc.police.uk College of Policing: Leadership. Standards. Performance. | College of Policing Fire Service College: Home (fireservicecollege.ac.uk) Border Force: Border Force - GOV.UK (www.gov.uk) National Highways (Highways Agency): http://highways.gov.uk Association of Inshore Fisheries and Conservation Authorities: Association of Inshore Fisheries and Conservation Authorities (association-ifca.org.uk) Independent Office for Police Conduct (IOPC): https://www.policeconduct.gov.uk/ Organisations set up under the Crime and Courts Act 2013 BlueLight Commercial membership is available to any Bluelight organisation therefore the Contract will also be open to any Public Sector Organisation who signs up to the BlueLight Commercial membership terms. BLC will enter into the contract with the successful bidder and Police Forces and Fire and Rescue Services may then request the allocation of licenses through BLC for their use of the e-commercial system. The awarded value set out in section 5 of this notice represents the contract value of the most advantageous tender and includes the for the extended period of the agreement (8 years) for a total of 1572 initial licenses. The number of the licenses required may increase or decrease subject to the number of contracting authorities who wish to procure through BLC's contract with the successful bidder.
Lot Information
Lot LOT-0001
Renewal: The Contract Term shall be for an initial period of 4 years with the option to extend up to a maximum of 8 years in periods agreed by both parties
Planning Information
We wish to invite suppliers to a 1-2-1 virtual sessions via Microsoft Teams with our project team, further details around the market engagement can be found by expressing an interest via our e-tendering portal at https://sell2.in-tend.co.uk/blpd/publictenders keyword search "BLC0250". PLEASE NOTE: It is free to Register on this portal and access the information.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04e88b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015460-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £4,000,000 £1M-£10M
- Lots Value
- £4,000,000 £1M-£10M
- Awards Value
- £8,651,920 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Feb 20263 days ago
- Submission Deadline
- 4 Nov 2025Expired
- Future Notice Date
- 6 Jun 2025Expired
- Award Date
- 19 Feb 20264 days ago
- Contract Period
- 4 Mar 2026 - 3 Mar 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BLUELIGHT COMMERCIAL LIMITED
- Contact Name
- Leigh Robinson
- Contact Email
- e-procurement@bluelight.police.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 3JS
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/015460-2026
19th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/061979-2025
3rd October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/061418-2025
1st October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/016990-2025
25th April 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/007487-2025
28th February 2025 - Preliminary market engagement notice on Find a Tender -
https://sell2.in-tend.co.uk/blpd/home
Please search for reference BLC0250-National Blue Light E-Commercial System
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04e88b-2026-02-19T17:48:41Z",
"date": "2026-02-19T17:48:41Z",
"ocid": "ocds-h6vhtk-04e88b",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-12517649",
"name": "BLUELIGHT COMMERCIAL LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "12517649"
},
"address": {
"streetAddress": "Lower Ground 5-8 The Sanctuary",
"locality": "London",
"postalCode": "SW1P 3JS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"name": "Leigh Robinson",
"email": "e-procurement@bluelight.police.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
],
"url": "http://www.bluelightcommercial.police.uk/"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PHNR-1637-NVGV"
}
]
},
{
"id": "GB-COH-06998952",
"name": "ATAMIS LTD",
"identifier": {
"scheme": "GB-COH",
"id": "06998952"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PHQM-7586-QVHX"
}
],
"address": {
"streetAddress": "The Pavilions, Bridgwater Road",
"locality": "Bristol",
"postalCode": "BS13 8FD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK11"
},
"contactPoint": {
"email": "accounts@atamis.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.atamis.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-COH-12517649",
"name": "BLUELIGHT COMMERCIAL LIMITED"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "We wish to invite suppliers to a 1-2-1 virtual sessions via Microsoft Teams with our project team, further details around the market engagement can be found by expressing an interest via our e-tendering portal at https://sell2.in-tend.co.uk/blpd/publictenders keyword search \"BLC0250\". PLEASE NOTE: It is free to Register on this portal and access the information.",
"dueDate": "2025-03-07T23:59:59+00:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "007487-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/007487-2025",
"datePublished": "2025-02-28T11:08:50Z",
"format": "text/html"
},
{
"id": "016990-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/016990-2025",
"datePublished": "2025-04-25T11:59:40+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "BLC0250",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "BLC0250 National Blue Light E-Commercial System",
"description": "BlueLight[CW1.1] Commercial (BLC) acted as the Contracting Authority for the procurement of this national functional E-Commercial System. To support their procurement activities, Blue Light organisations require a National E-Commercial system. The procured system will enable national Police commercial communities and other public sector bodies (namely Fire and Rescue Services) across England, Wales, Scotland and Northern Ireland to manage their commercial pipeline, procurement and contract management activities. The procured system is intended for use by Police forces but is also made available to Fire and Rescue Services across England, Wales, Scotland and Northern Ireland. A list of those organisations is provided below: Police Contracting Authorities (as defined in the Public Contracts Regulations 2015 as updated and amended and any superseding legislation) that fall under one of more of the following categories and classes (including any statutory successor as a result of statutory reorganisation or otherwise) are able to be onboarded to this Contract where possible, links to these contracting authorities have been provided below and we recognise that the information within these links may be updated from time to time. Chief Constables and/or Police and Crime Commissioners (as defined by Chapter 1 and 2 of the Police Reform and Social Responsibility Act 2011) and/or the Police Authorities (as defined in the Police Act 1964, Police Act 1996, Serious Organised Crime and Police Act 2005, Police and Justice Act 2006, Police, Public Order and Criminal Justice (Scotland) Act 2006), and other relevant legislation for the constituent parts of the United Kingdom, for their respective rights and interests. Police, Fire and Crime Commissioners (as introduced by the Policing and Crime Act 2017). Deputy Mayors (or equivalent roles) who hold responsibility for police, crime and / or fire within a combined authority (as defined below) For a full list go to: https://www.police.uk/forces MOD Police: http://www.mod.police.uk/ Police Service of Northern Ireland information at: http://www.psni.police.uk/ Police Forces of British Overseas Territories, British Sovereign Base Areas and British Crown Dependencies including: Gibraltar information at: https://www.police.gi Cyprus information at: https://www.sbaadministration.org/ Channel Islands information at: https://jersey.police.uk, https://guernsey.police.uk Isle of Man information at: https://www.iompolice.im British Transport Police information at: Home | British Transport Police (btp.police.uk) Civil Nuclear Constabulary information at: Civil Nuclear Constabulary - GOV.UK (www.gov.uk) Financial Intelligence Unit Jersey, as established under the Proceeds of Crime (Financial Intelligence) (Jersey) Regulations 2015: https://www.fiu.je Police Scotland, information at: http://www.scotland.police.uk/ UK Fire and Rescue Services (including Scotland, Wales and Northern Ireland): - Joint Authorities established under Part IV of the Local Government Act 1985: http://www.fireservice.co.uk/information/ukfrs Fire England: Fire England: Home Welsh Fire and Rescue: Mid and West Wales, North Wales and South Wales Scottish Fire and Rescue: http://www.dontgivefireahome.com/fire_safety/1347.html Northern Ireland Public Sector Bodies and Local Authorities: http://www.northernireland.gov.uk/az2.htm National Fire Chief's Council: Fire and Rescue Services - NFCC Home Office, including their associated agencies and non-departmental public bodies: https://www.gov.uk/government/organisations/home-office Ministry of Justice, including their associated agencies and non-departmental public bodies: Ministry of Justice - GOV.UK (www.gov.uk) Foreign, Commonwealth and Development Office, including their associated agencies and non-departmental public bodies: Foreign, Commonwealth & Development Office - GOV.UK (www.gov.uk) Department for Work and Pensions, including their associated agencies and non-departmental public bodies: Department for Work and Pensions - GOV.UK (www.gov.uk) Department for Business and Trade, including their associated agencies and non-departmental public bodies: Department for Business and Trade - GOV.UK (www.gov.uk) Department for Environment Food and Rural Affairs, including their associated agencies and non-departmental public bodies: Department for Environment, Food & Rural Affairs - GOV.UK (www.gov.uk) For details of agencies and public bodies visit GOV.UK (www.gov.uk) Association of Police and Crime Commissioners (APCC): https://www.apccs.police.uk/ National Police Chiefs' Council: npcc.police.uk College of Policing: Leadership. Standards. Performance. | College of Policing Fire Service College: Home (fireservicecollege.ac.uk) Border Force: Border Force - GOV.UK (www.gov.uk) National Highways (Highways Agency): http://highways.gov.uk Association of Inshore Fisheries and Conservation Authorities: Association of Inshore Fisheries and Conservation Authorities (association-ifca.org.uk) Independent Office for Police Conduct (IOPC): https://www.policeconduct.gov.uk/ Organisations set up under the Crime and Courts Act 2013 BlueLight Commercial membership is available to any Bluelight organisation therefore the Contract will also be open to any Public Sector Organisation who signs up to the BlueLight Commercial membership terms. BLC will enter into the contract with the successful bidder and Police Forces and Fire and Rescue Services may then request the allocation of licenses through BLC for their use of the e-commercial system. The awarded value set out in section 5 of this notice represents the contract value of the most advantageous tender and includes the for the extended period of the agreement (8 years) for a total of 1572 initial licenses. The number of the licenses required may increase or decrease subject to the number of contracting authorities who wish to procure through BLC's contract with the successful bidder.",
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0001"
}
],
"mainProcurementCategory": "services",
"techniques": {
"hasFrameworkAgreement": true
},
"lots": [
{
"id": "LOT-0001",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-03-02T00:00:00+00:00",
"endDate": "2030-03-01T23:59:59+00:00",
"maxExtentDate": "2034-03-01T23:59:59+00:00"
},
"status": "complete",
"value": {
"amountGross": 4800000,
"amount": 4000000,
"currency": "AED"
},
"awardCriteria": {
"weightingDescription": "Award Criteria: Stage 1 - ITT Technical 40%, Social Value 10%, Price 30% Award Criteria: Stage 2 - Demonstration 20% Further information has been provided within the tender documentation.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Award Criteria: Stage 1 - ITT Technical 40%, Social Value 10%, Price 30% Award Criteria: Stage 2 - Demonstration 20% Further information has been provided within the tender documentation."
},
{
"type": "price",
"name": "Simple description",
"description": "Award Criteria: Stage 1 - ITT Technical 40%, Social Value 10%, Price 30% Award Criteria: Stage 2 - Demonstration 20% Further information has been provided within the tender documentation."
}
]
},
"hasRenewal": true,
"renewal": {
"description": "The Contract Term shall be for an initial period of 4 years with the option to extend up to a maximum of 8 years in periods agreed by both parties"
}
}
],
"communication": {
"futureNoticeDate": "2025-06-06T23:59:59+01:00"
},
"status": "complete",
"value": {
"amountGross": 4800000,
"currency": "GBP",
"amount": 4000000
},
"procurementMethodDetails": "Competitive flexible procedure",
"aboveThreshold": true,
"procurementMethod": "open",
"procedure": {
"features": "Stage 1 - Tender Stage 80% Conditions of Participation - this is a series of Pass/Fail questions relating to the requirement of the procurement. Gateway Technical Questions - this is a series of technical Pass/Fail questions relating to the services required. ITT Technical Questions - 40% - this is completion of the Response to Tender document consisting of questions relating to Technical , Implementation, Contract Management & Support, IT Technical and Cyber Social Value - 10% - this is the completion of the Response to Tender document consisting of questions relating to Social Value. Price - 30& - this is the completion of the Pricing Schedule which is based on a schedule of costs for the services required. The 3 highest scoring bidders will progress to Stage 2 of the procurement Process. Stage 2 - Demonstration - 20% The Demonstration Stage consists of a set of scenario based demonstrations. A Demonstration document has been published with the full suite of tender documentation to aid understanding. The Demonstration score will be added to the score from Stage 1 to form the Total Score to identify the Highest Scoring Bidder to be awarded the contract."
},
"submissionMethodDetails": "https://sell2.in-tend.co.uk/blpd/home",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-11-04T12:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2025-10-28T17:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-02-16T23:59:59+00:00"
},
"documents": [
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "Please search for reference BLC0250-National Blue Light E-Commercial System",
"url": "https://sell2.in-tend.co.uk/blpd/home"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "061418-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/061418-2025",
"datePublished": "2025-10-01T15:20:05+01:00",
"format": "text/html"
},
{
"id": "061979-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/061979-2025",
"datePublished": "2025-10-03T09:34:36+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "Detailed in the Form of Contract Terms and Conditions."
},
"riskDetails": "Detailed in the Form of Contract Terms and Conditions."
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-06998952",
"name": "ATAMIS LTD"
}
],
"relatedLots": [
"LOT-0001"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 1,
"relatedLot": "LOT-0001"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "LOT-0001"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 1,
"relatedLot": "LOT-0001"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "LOT-0001"
}
]
},
"awards": [
{
"id": "1",
"status": "pending",
"date": "2026-02-19T00:00:00Z",
"value": {
"amountGross": 10382304,
"amount": 8651920,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-06998952",
"name": "ATAMIS LTD"
}
],
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0001"
}
],
"standstillPeriod": {
"endDate": "2026-03-02T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-03-04T00:00:00Z",
"endDate": "2030-03-03T23:59:59Z",
"maxExtentDate": "2034-03-03T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The Contract Term shall be for an initial period of 4 years with the option to extend up to a maximum of 8 years in periods to be agreed by both parties."
},
"relatedLots": [
"LOT-0001"
],
"documents": [
{
"id": "015460-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/015460-2026",
"datePublished": "2026-02-19T17:48:41Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-02-19T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-03-04T23:59:59Z",
"status": "scheduled"
}
]
}
]
}